WHEREAS, Statewide Tub Grinding Inc., hereinafter referred to as ( Contractor ), was awarded a Contract for Storm Debris Services as of.

Similar documents
SUBCONTRACTOR AGREEMENT. Once you have the following information please send to the office via , mail, or fax:

Payment shall be made based on the tonnage charge set forth in CONTRACTOR'S proposal.

Town of South Bruce Peninsula. Quotation PW Tree Removal Services

INDEPENDENT CONTRACTOR AGREEMENT FOR TRUCKING SERVICES THE PARTIES:

Request for Proposals for Grinding and Disposal of Wood Waste Debris for the City of Sioux Falls. April 30, City of Sioux Falls, South Dakota

Registered Contractor Check List

BERRIEN COUNTY ROAD DEPARTMENT

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION Ellis Road Gravel Project Evangeline Township

REQUEST FOR PROPOSALS FOR DEBRIS MANAGEMENT AND REMOVAL SERVICES

Grass and Debris Abatement Requirements

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

TRANSFLO MOTOR CARRIER OPERATING PROVISIONS

Instructions for Completing TRANSFLO s Motor Carrier Access Agreement

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

Standard Subcontract

TOWN OF ORANGE BID SPECIFICATION PACKET PAVING WORK BID #PAV2019

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

Village of Upper Brookville Garbage Hauler Business License and Permit Application For the Year 2019

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

REFUSE AND RECYCLING COLLECTION CONTRACT

Request for Bids/Proposals for City-Wide Stump Grinding Project

CARRIER TRANSPORTATION AND ACCESS AGREEMENT

Building Codes. BOCA / Simon Tenant Construction Manual. Plumbing: National Standard Plumbing Code as modified /Simon Tenant Construction Manual

REQUEST FOR QUALIFICATIONS Tree Trimming & Removal Services

CITY OF SOUTH PORTLAND Purchasing Office Room 105 P.O. Box Cottage Road South Portland, Maine

APPENDIX - A TECHNICAL SPECIFICATIONS. JEA Fleet Services Heavy Duty Maintenance and Repair

Adopt-A-Road Program. For more information, please contact:

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

Consolidated Debris Removal Program Frequently Asked Questions

KEY TERMS. Company Name: Truck Number: Driver Name: DOT Number: 1. Year: Tag Number: Truck Number: VIN: 2. Year: Tag Number: Truck Number: VIN:

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103

CITY OF DRYDEN T TENDER FOR THE SUPPLY OF SAND AND GRAVEL 2018

REQUEST FOR QUOTATION

LONE TREE SCHOOL FLOORING REPLACEMENT

CONTRACT FOR TRAFFIC CONTROL SERVICES

PROPOSAL FOR STREET SWEEPING SERVICES

12/01/2010 Page 1 of 8

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL:

RESOLUTION NO

mason county road commission

Snow Removal Services Request for Proposals December 1, April 30, 2019

RESOLUTION EXHIBIT A NON-EXCLUSIVE FRANCHISE AGREEMENT

Town of South Bruce Peninsula. Tender PW Maintenance Gravel

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #:

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

Iredell County REQUEST FOR PROPOSAL. Disaster Recovery Debris Removal Assistance Following a Natural or Manmade Disaster FOR. Solid Waste Department

ATTACHMENT B SALE # CGS4 GENERAL PURPOSE. PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And

STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

2018 Good Beer Festival

ARCHITECTURAL MODIFICATION APPLICATION FORM Please return this form to:

Invitation to Bid. For. Wastewater Sludge Hauling and Disposal. Radcliff Wastewater Treatment Plant and Fort Knox Wastewater Treatment Plant

BERRIEN COUNTY ROAD COMMISSION

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1

CITY OF NIAGARA FALLS, NEW YORK

CN Course Exercise. c. Ensure all employees have received the required training for their work.

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

2018 FABULOUS PHOENIX 4 TH FOOD VENDOR REGULATIONS

ANNUAL TRUCK OWNER/MOTOR CARRIER/HAULER AGREEMENT

TOWN OF RICHMOND 26 Gardiner Street Richmond, ME INVITATION TO BID REMOVAL AND CLEANUP OF JUNKYARD/AUTOMOBILE GRAVEYARD

[Type text] CITY OF COCOA BEACH REQUEST FOR PROPOSAL CB DEBRIS REMOVAL

As a broker, we need to have the following information in our files

SUBCONTRACT CONSTRUCTION AGREEMENT

Alabama State Port Authority

INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

Power Construction Company CCIP Program Safety Requirements

CHECKLIST FOR CONSTRUCTION STAGING PLAN IN CORAL GABLES

2013 COFFEYVILLE AIRPORT MOWING PROPOSAL

Important Note: Indicate Company Name and RFP Title on the front of the sealed bid envelope.

COUNTY OF GEORGETOWN

EMPLOYER AGREEMENT NOT-FOR-PROFIT NON-EMERGENCY MEDICAL TRIP SHUTTLE SERVICE

Sayreville Housing for Seniors Corporation Gillette Manor

Contractor and Service Provider. 2018/2019 Registration Packet

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

SUBMISSION AND RECOVERY OF PROPERTY DAMAGE CLAIMS

REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS

City of San Marcos 1 Civic Center Drive San Marcos, CA 92069

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

Contract Extension Contract for Dial-A-Ride Agreement for Paratransit Services to be provided by City Ambulance of Eureka (CAE) Transport Inc.

FLORENCE COUNTY SOUTH CAROLINA. Request for Proposal. For STAND-BY DEBRIS MANAGEMENT AND REMOVAL SERVICES

Tree and Bush Clearing Bid Proposal Form

MAINTENANCE AGREEMENT FOR BIKE PATH WITHIN STATE HIGHWAY RIGHT OF WAY ON ROUTE 50 WITHIN THE COUNTY OF EL DORADO

February 26- March 1, Pennsylvania Farm Show Complex & Expo Center Harrisburg, PA EXHIBITOR KIT

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

Welcome! Thank you for your time and effort. Tim Padgett Ph Fax

Alabama State Port Authority

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016

LONE TREE SCHOOL BELL SYSTEM

AGREEMENT FOR RECYCLABLE MATERIALS PROCESSING SERVICES

REQUEST FOR QUOTATION

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

PO BOX 2619 Ventnor, NJ 08406

EXCAVATION PERMIT GUIDELINES

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

Transcription:

State of County of City of Debris Removal Subcontract KNOWN ALL ME BY THESE PRESENTS that, WHEREAS, Statewide Tub Grinding Inc., hereinafter referred to as ( Contractor ), was awarded a Contract for Storm Debris Services as of., dated WHEREAS, Contractor and (hereinafter referred to as Subcontractor ) have entered into an agreement upon the following terms and conditions: (1) Subcontractor agrees to perform said contract as per the terms, specifications and conditions of said contract, a copy of which are attached hereto and marked Exhibit A and Exhibit B (2) Subcontractor specifically understands and agrees that he/it must obtain insurance (general liability - $500,000.00/occurrence, automobile - $500,000.00/occurrence and workman s compensations - $500,000.00/ occurrence) as requested by the above described contract, and a certificate of that insurance must be posted with Contractor before work under the agreement shall commence. If for any reason Subcontractor does not furnish proper insurance Statewide Tub Grinding Inc., will deduct from Subcontractor settlement general liability and workman s compensation insurance cost that must be paid by Contractor as a result of Subcontractor s failure to have proper insurance. (3) Subcontractor agrees to do the required work in a good and workmanlike manner, as required under said contract. Subcontractor Management Personnel must be onsite and in charge of their assigned areas at all times. (4) Subcontractor represents that it/he is experiences with debris removal and that it/he has the necessary equipment, manpower materials and funding to perform said contract. (5) Subcontractor agrees to pay all local, state, and federal taxes incurred during the performance of said contract; and Subcontractor specifically agree to make all necessary withholding tax deductions from employees salaries for state and federal taxes and shall provide all persons employed with the necessary and appropriate 1099, and/or W/2 statements as required by law. 1

(6) Subcontractor further agrees and understands that it is in no way an agent, servant, or employee of the Contractor and shall in no way hold itself/himself out as being anything other than a subcontractor for Statewide Tub Grinding Inc. (7) Subcontractor warrants that it is not a debarred contractor and understands that any infraction of the local state of federal law, or provisions of the above contract, shall mean immediate termination. (8) Subcontractor shall be paid in accordance with the following schedule for the performance of said contract. SWTG Rep Subcontract Description of Services Cost Unit Initial Rep initial Pick-up and haul debris from public rights-of-way to Temporary Debris Storage and Removal Site (TDSRS) Vegetative debris removal C & D debris removal Pick-up and haul debris from TDSRS to FINAL DISPOSAL SITE Reduced vegetative debris Reduced C & D debris Ash Ton Stump removal and hauling to Disposal Site (Stump prices are only for stumps tha dug up and removed per FEMA guidelines.) Small stumps (24"-36" dia.) Med stumps (37"-48" dia.) Large stumps (48"dia and greater) Stump removal from ROW per FEMA guidelines Site Management Time and Material - Pay Schedule Attached Other 2

Payment shall be made as follows: a) Ninety per cent (90%) on a weekly basis. Payment will be made in arrears on the Friday following the week ending the previous Sunday. b) The ten per cent (10%) withheld will be paid: (1) Upon completion of the contract between Statewide Tub Grinding Inc., and its customer (Exhibit A attached). (2) Upon Subcontractor completing all their obligations such as damage repairs as well as satisfactory payment and settlement with ALL their employees and subcontractors. If Statewide Tub Grinding Inc. personnel have to get involved to solve problems between Subcontractor and their employees and/or subcontractor(s), Subcontractor will be charges for these services (3) Upon final reconciling, release and final payment to Statewide Tub Grinding Inc., from its customer. (9) Subcontractor s failure to complete final cleanup in their assigned areas to the satisfaction of Statewide Tub Grinding Inc. and the clients will result in forfeiture if the Subcontractor s 10% retainage. The moneys will be used to pay other contractor s to complete the final cleanup. (10) Subcontractor s failure to perform as required by the general contract (Exhibit A attached) shall be grounds for immediate termination of this subcontract, and Subcontractor agrees to hold harmless Contractor, and the, and agrees to indemnify Contractor for all damages losses, and/or expenses it occasions by Subcontractor s failure to perform this subcontract and the general contract as hereinabove described. DATED this the day of. Contractor: By: Its: Witness: Phone: Subcontractor: By: Its: Witness: Phone: 3

Instructions for Obtaining and Sending Insurance Certificates 1. We have given you the required minimum limits according to our contract. You and all contractors, drivers, operators, etc., working for you must have insurance coverage and such coverage must meet or exceed these limits for you to be able to work under this contract: auto ($500,000.00/ per occurrence). General liability ($500,000.00/per occurrence) and workman s comp policies ($500,000.00/per occurrence). 2. The following must be named as certificate holders on your auto, general liability and workman s comp policies: a. Statewide Tub Grinding Inc., P.O. Box 2689, Apopka, FL. 32704 b. The City or County where you are working and/or Name and Job number of Project. It is stated in your Subcontractor Contract. 3. Have your insurance agent fax copies of your general liability, auto liability, and worker s compensation policies to (352) 383-8320 or email at michelle@wlwconstruction.com. If you have any questions call (407) 744-1100. Note: We must receive these certificates in a timely manner if you want to continue working. 4

Attention All Subcontractors: Your check will be processed every week as follows: 1. Starting the first Monday after you begin hauling, you will need to prepare an invoice verifying tickets hauled, date hauled and the credited cubic yardage hauled for each load during that time period. 2. Time periods will run from beginning date hauled through Sunday PM. 3. Time and materials invoices will need to be invoices as well. This invoice does not need to be a formal invoice. It can either be a computer generated copy or a handwritten invoice. 4. Your invoice must be received by Monday afternoon, invoices can be faxed, hand delivered or emailed, but we must have something in hand to compare your calculated loads to our database. 5. Checks will be issued on Fridays. This procedure will help speed up the reconciliation process between Statewide Tub Grinding Inc. and you, the subcontractor. This invoice will be compared to our database to ensure the we both are coming up with the same cubic yardage for that week. If we de have a discrepancy, we will be able to quickly identify and correct. Thanks you all in advance for you cooperation. 5

EXHIBIT A 6

EXHIBIT B Subcontractor Requirements List As the Subcontractor, I have read and understand that following list is part of the Subcontractor s responsibilities and by signing the contract, I agree to abide by the said requirements. Subcontractor Requirements: 1. A list of all personnel and subcontractors per job site, with name and phone numbers, will be made available to Statewide Tub Grinding Inc. 2. All vehicles, equipment, fuel, materials, parts, tires, and clean-up in work areas will be provided by Subcontractor. 3. All equipment and trucks are serviced and maintained on a regular basis and have been checked for the following safety requirements: a. Tires appear in acceptable condition b. Brake lights work c. Turn signals work d. Reverse lights work e. Backup alarm working f. Horn working g. Any removable components (sideboards, tailgates, etc.) are secured h. Tailgate is properly secured and is a FEMA approved tailgate the opens from the side. i. No false bottoms, hidden tanks, or other load altering devices are in place. 4. All trucks used to haul debris, at a minimum, are capable of rapidly dumping its load without the assistance of other equipment; and/or if equipment is needed to unload trucks, it will be provided by the Subcontractor. 5. All trucks hauling debris will have a tailgate that will effectively contain the debris during the transport and permit the truck to be filled to capacity. Tailgates should meet FEMA requirements and should not be made from plastic mesh. Metal fence gate, turkey wire or cattle wire can be used if approved by FEMA/City/County. 6. Sideboards or other extensions to the truck bed are allowable provided they meet all applicable rules and regulations, cover the front and both side, and are to be constructed in a manner to withstand severe operating conditions. The sideboards are to be constructed of 2 by 6 boards or greater and not to extend more than two feet above the metal bed sides. Use of any other types 7

must be approved by Statewide Tub Grinding Inc. and City/County prior to certification. 7. All truck drivers will have a valid driver s license and/or a CDL certification (if applicable). 8. Trucks will have current registration (bill of sale for new trucks, if within 30 days, will be accepted until registration is issued) in the truck at all times. 9. All trucks will have current proof on insurance in the truck at all times. 10. All traffic safety signs and equipment will be furnished by Subcontractor, to include but not limited to: a. Traffic signs (RAOD WORK AHEAD, ONE LANE ROAD AHEAD, FLAGMAN SYMBOL, etc.) must be in acceptable condition and not homemade. b. One orange vest and one hard hat for each ground crew member. c. Adequate cones to place one per 20 linear feet of work zone. d. Two stop/slow paddles for flagman. e. First Aid Kit. f. A fully functional fire extinguisher for all vehicles. 11. If crew has chainsaw operator, the following will be in place: a. Chaps, hearing and ear protection for chainsaw operator. b. Orange highway hard hat, vest, cap and shirt for chainsaw operator. 12. All trucks will be certified by City/County representative before hauling any loads. a. All trucks will have a placard with certified number and measured cubic yardage written on it and placed on the driver s side of the truck bed and in clear view for tower personnel. b. IF for any reason the cubic yards change, the truck MUST be recertified immediately and a new certificate number will be issued. c. All trucks will have a copy of the truck certification with the truck at all times. 13. Subcontractor assures that all loads are transported without threat of harm to the general public, private property, and public infrastructure. Any debris above the top rail poses a threat to utility lines and possibly the public. 8